SE Florida Sediment Morphodynamics
DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION PANSAD-19-P-0000 001437 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regu... DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION PANSAD-19-P-0000 001437 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 & FAC 2005-101 Continued (26 Oct 2018). The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement for technical services to support missions of operation and maintenance for navigation and coastal storm risk management to identify solutions for long term sediment management and resiliency in Southeast Florida. USACE Jacksonville District anticipates awarding one (1) non-personal services contract to perform the measurement, analysis, and forecasting of sediment transport and pathways in order to develop conceptual models that support management decisions for southeast Florida inlets, beaches, and nearshore coastal waters. The tasks include the study and development of three (3) project site-specific sand, silt, and/or clay fraction sediment tracer studies, which require interpretative analysis and reporting to enhance understanding of sediment morphodynamics in the project areas. The tasks require the contractor to integrate sediment tracer results into a Delft3D (or equivalent) model framework for calibration and validation purposes, in addition to the development and production of the Delft3D (or equivalent) model along with supporting metocean data. This requirement is a 100% Small Business Set-Aside. The associated NAICS code is: 541620, Environmental Consulting Services. Small business size standard is: $15 Million This requirement is for technical services to support missions of operation and maintenance for navigation and coastal storm risk management to identify solutions for long term sediment management and resiliency in Southeast Florida.: (SEE BELOW AND ATTACHED PERFORMANCE WORK STATEMENT) CLIN Southeast Florida Sediment Morphodynamics 0001 The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, calculations, field notes and other items to perform all services as defined in the Performance Work Statement except for those items specified as government furnished property and services. 0001AA Project Area 1: Lake Worth Inlet (LWI) 0001AB Project Area 2: Port Everglades (PE) Harbor 0001AC Project Area 3: Miami-Dade County (M-D) Period of Performance: 24 Months Location of Work: The work to be performed under this contract will be performed at the contractor's facility or government facilities for purposes of meetings, and in Southeast Florida as it relates to performance of the PWS. The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Proposal Content - To be eligible to receive an award, the proposal submitted in response to this solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term "technical," as used herein, refers to the non-price elements listed below. • Element A: Specifications: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. • Element B: Technical Experience: The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate corporate experience with PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: • Project Contract Number • Project Title & Location • Project Description, Including Size of Facility • Project Start & Ending Dates • Prime Contractor Performing Work • Subcontractor(s) Performing Work (Indicate Discipline) b. Past Performance: No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. c. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN/Exhibit. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates the issuance of a Firm Fixed Price (FFP) contract based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price. The Government has established the following relative importance of factors: Technical is more important than Past Performance and Price, and Past Performance and Price are equal in regards to importance. Proposal Content - Proposal must be responsive to and comply with the terms of the solicitation in order to be eligible to receive an award. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the solicitation. To be eligible to receive an award, proposals submitted in response to this solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term "technical," as used herein, refers to the non-price elements listed below. Proposals will be rated as "Outstanding", "Acceptable" or "Unacceptable" in regards to ability to meet each element. Refer to Table 1 for a description of the ratings. The minimum requirements of each element must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award. • Element A: Specifications: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. • Element B: Technical Experience: The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate corporate experience with PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: • Project Contract Number • Project Title & Location • Project Description, Including Size of Facility • Project Start & Ending Dates • Prime Contractor Performing Work • Subcontractor(s) Performing Work (Indicate Discipline) Table 1. Technical Outstanding/Acceptable/Unacceptable Ratings Rating Description Outstanding Proposal meets the requirements of the solicitation and details superior technical experience related to the requirements. Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the minimum requirements of the solicitation. b. Past Performance: The Government will evaluate offerors' likelihood of success in performing the solicitation's requirements as indicated by those offerors' record of past performance. Past performance ratings will be based on feedback provided by the points of contact from the technical experience projects, or data obtained from any other sources, such as the Past Performance Information Retrieval System (PPIRS). Past performance of prime contractors whose firms are divided into severable segments (i.e. division, group, unit, etc.) will only be evaluated as it relates to those segments of the firm(s) that will actually perform the work. Contract references will be reviewed to determine the acceptability of the past performance information. The past performance must have occurred within three (3) years from the closing date of this solicitation and must have involved projects of similar size, scope, and complexity to the effort described in the PWS to be considered acceptable. The Government will assign a rating as indicated below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." c. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each SubCLIN with associated pricing that details Level of Effort (LOE). Each SubCLIN will be totaled, and the SubCLIN sub-totals will be included in the total proposal price. The Government will evaluate all aspects of the price proposal for reasonableness. Proposals found to be unreasonable may be rejected on that basis. The Government will only award the required contract if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition • 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I • 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.219-6 Notice of Total Small Business Set-Aside • 52.219-8 Utilization of Small Business Concerns • 52.219-14 Limitations on Subcontracting • 52.219-28 Post Award Small Business Program Rerepresentation • 52.222-3 Convict Labor • 52.222-21 Prohibition of Segregated Facilities • 52.222-26 Equal Opportunity • 52.222-35 Equal Opportunity for Veterans • 52.222-36 Equal Opportunity for Workers with Disabilities • 52.222-37 Employment Reports on Veterans • 52.222-40 Notification of Employee Rights Under the National Labor relations Act • 52.222-41 Service Contract Labor Standards • 52.222-42 Statement of Equivalent Rates for Federal Hires • 52.222-50 Combating Trafficking in Persons • 52.222-55 Minimum Wages Under Executive Order 13658 • 52.222-62 Paid Sick Leave Under Executive Order 13706 • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.224-3 Privacy Training • 52.225-13 Restrictions on Certain Foreign Purchases • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management • 52.233-3 Protest After Award • 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: • 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation • 52.204-7 System for Award Management • 52.204-16 Commercial and Government Entity Code Reporting • 52.204-22 Alternative Line Item Proposal • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law • 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications • 252.203-7005 Representation Relating to Compensation of Former DoD Officials • 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls • 252.205-7000 Provision of Information to Cooperative Agreement Holders Additional Clauses that apply to this acquisition: • 52.203-3 Gratuities • 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements • 52.204-13 System for Award Management Maintenance • 52.204-18 Commercial and Government Entity Code Maintenance • 52.204-19 Incorporation by Reference of Representations and Certifications • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems • 52.215-23 Limitations on Pass-Through Charges • 52.232-39 Unenforceability of Unauthorized Obligations • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 252.201-7000 Contracting Officer's Representative • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights • 252.204-7004 Alternate A, System for Award Management • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7048 Export-Controlled Items • 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns • 252.227-7015 Technical Data--Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data • 252.232-7010 Levies on Contract Payments • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel • 252.243-7002 Requests for Equitable Adjustment Fill-In Clauses that apply to this acquisition: • 52.219-28 Post Award Small Business Program Rerepresentation (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 541620 • 52.252-6 Authorized Deviations in Clauses (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Open Market pricing is required. Anticipated Award Date is: January 30, 2019 Technical Inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, December 27, 2018. Questions shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number, and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after December 27, 2018. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation. If an amendment is issued, it will be posted on the Federal Business Opportunities website (www.fbo.gov). Proposals are due by 03:00 PM EST, January 18, 2019. Proposals shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contract Specialist, Chad Manson at (904) 232-3420 or by e-mail. Attached: Performance Work Statement (PWS) Wage Determinations: WD 07-0134 FL Diver Services WD 15-4535 Broward County WD 15-4543 Miami-Dade County WD 15-4573 Palm Beach County
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »